Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 19, 2018 FBO #6174
SOLICITATION NOTICE

17 -- V-22 Maintenance Stand Platform (P/N 10307101) - RFP Solicitation N68335-19-R-0011

Notice Date
10/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-19-R-0011
 
Archive Date
12/1/2018
 
Point of Contact
Theresa A. Temoney, Phone: 7323232542
 
E-Mail Address
theresa.a.temoney@navy.mil
(theresa.a.temoney@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 5: CDRL, D001 Attachment 4: CDRL, T001 Attachment 3: FAR 52.212-5 Attachment 2: FAR 52.212-3 Attachment 1: FAR 52.212-1 Addenda RFP Solicitation N68335-19-R-0011 in paper form. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation is provided. (ii) The solicitation number N68335-19-R-0011 is being issued as a Request for Proposal for a 5 Year Indefinite Delivery/Indefinite Quantity contract resulting from a total (100%) Small Business Set-aside (SBSA) as a Brand Name, Limited Competition. The Government requirement will be awarded on a Lowest Price Technically Acceptable basis. (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-98. (iv) This solicitation is being issued on a competitive basis as stated in paragraph (ii) above. (v) The Contract Line Item Number (CLIN) structure is as follows: CLIN 0001: Year 1: CONUS Maintenance Stand - East Includes Manufacture, shipping and Installation of the V-22 Maintenance Stand to any CONUS location on the East Coast, which is defined as any of the lower contiguous 48 states. Most probable quantity 4 Each. CLIN 0002: Year 1: CONUS Maintenance Stand - West Includes Manufacture, shipping and Installation of the V-22 Maintenance Stand to any CONUS location on the West Coast, which is defined as any of the lower contiguous 48 states. Most probable quantity 4 Each. CLIN 0003: Year 1: OCONUS Maintenance Stand Includes Manufacture and Installation of the V-22 Maintenance Stand to any OCONUS location, which is defined as any United States Military Location outside of the CONUS area. Most probable quantity 2 Each. CLIN 0004: Year 1: OCONUS - Shipping Includes evaluated shipping of the V-22 Maintenance Stand to any OCONUS location. Not to exceed $17,000 for Year One. Quantity not defined. CLIN 0005: Year 1: FMS Maintenance Stand Includes Manufacture and installation of V-22 Maintenance Stands at FMS Location, Japan. The expected installation location for both stands is in Japan. Most probable quantity 1 EA. CLIN 0006: Year 2: CONUS Maintenance Stand - East Includes Manufacture, shipping and Installation of the V-22 Maintenance Stand to any CONUS location on the East Coast, which is defined as any of the lower contiguous 48 states. Most probable quantity 7 Each. CLIN 0007: Year 2: CONUS Maintenance Stand - West Includes Manufacture, shipping and Installation of the V-22 Maintenance Stand to any CONUS location on the West Coast, which is defined as any of the lower contiguous 48 states. Most probable quantity 7 Each. CLIN 0008: Year 2: OCONUS Maintenance Stand Includes Manufacture and Installation of the V-22 Maintenance Stand to any OCONUS location, which is defined as any United States Military Location outside of the CONUS area. Most probable quantity 2 Each. CLIN 0009: Year 2: OCONUS - Shipping Includes evaluated shipping of the V-22 Maintenance Stand to any OCONUS location. Not to exceed $39,300 for Year Two. Quantity not defined. CLIN 0010: Year 2: FMS Maintenance Stand Includes Manufacture and installation of V-22 Maintenance Stands at FMS Location, Japan. The expected installation location for both stands is in Japan. Most probable quantity 1 EA. CLIN 0011: Year 3: CONUS Maintenance Stand - East Includes Manufacture, shipping and Installation of the V-22 Maintenance Stand to any CONUS location on the East Coast, which is defined as any of the lower contiguous 48 states. Most probable quantity 7 Each. CLIN 0012: Year 3: CONUS Maintenance Stand - West Includes Manufacture, shipping and Installation of the V-22 Maintenance Stand to any CONUS location on the West Coast, which is defined as any of the lower contiguous 48 states. Most probable quantity 7 Each. CLIN 0013: Year 3: OCONUS Maintenance Stand Includes Manufacture and Installation of the V-22 Maintenance Stand to any OCONUS location, which is defined as any United States Military Location outside of the CONUS area. Most probable quantity 2 Each. CLIN 0014: Year 3: OCONUS - Shipping Includes evaluated shipping of the V-22 Maintenance Stand to any OCONUS location. Not to exceed $39,300 for Year Three. Quantity not defined. CLIN 0015: Year 3: FMS Maintenance Stand Includes Manufacture and installation of V-22 Maintenance Stands at FMS Location, Japan. The expected installation location for both stands is in Japan. Most probable quantity 1 EA. CLIN 0016: Year 4: CONUS Maintenance Stand - East Includes Manufacture, shipping and Installation of the V-22 Maintenance Stand to any CONUS location on the East Coast, which is defined as any of the lower contiguous 48 states. Most probable quantity 6 Each. CLIN 0017: Year 6: CONUS Maintenance Stand - West Includes Manufacture, shipping and Installation of the V-22 Maintenance Stand to any CONUS location on the West Coast, which is defined as any of the lower contiguous 48 states. Most probable quantity 7 Each. CLIN 0018: Year 4: OCONUS Maintenance Stand Includes Manufacture and Installation of the V-22 Maintenance Stand to any OCONUS location, which is defined as any United States Military Location outside of the CONUS area. Most probable quantity 2 Each. CLIN 0019: Year 4: OCONUS - Shipping Includes evaluated shipping of the V-22 Maintenance Stand to any OCONUS location. Not to exceed $25,500 for Year Four. Quantity not defined. CLIN 0020: Year 4: FMS Maintenance Stand Includes Manufacture and installation of V-22 Maintenance Stands at FMS Location, Japan. The expected installation location for both stands is in Japan. Most probable quantity 1 EA. CLIN 0021: Year 5: CONUS Maintenance Stand - East Includes Manufacture, shipping and Installation of the V-22 Maintenance Stand to any CONUS location on the East Coast, which is defined as any of the lower contiguous 48 states. Most probable quantity 5 Each. CLIN 0022: Year 5: CONUS Maintenance Stand - West Includes Manufacture, shipping and Installation of the V-22 Maintenance Stand to any CONUS location on the West Coast, which is defined as any of the lower contiguous 48 states. Most probable quantity 5 Each. CLIN 0023: Year 5: OCONUS Maintenance Stand Includes Manufacture and Installation of the V-22 Maintenance Stand to any OCONUS location, which is defined as any United States Military Location outside of the CONUS area. Most probable quantity 1 Each. CLIN 0024: Year 5: OCONUS - Shipping Includes evaluated shipping of the V-22 Maintenance Stand to any OCONUS location. Not to exceed $30,800 for Year Five. Quantity not defined. CLIN 0025: Year 5: FMS Maintenance Stand Includes Manufacture and installation of V-22 Maintenance Stands at FMS Location, Japan. The expected installation location for both stands is in Japan. Most probable quantity 1 EA. CLIN 0026: Technical Data Items Contract Data Requirements Lists (CDRLs) D001 and T001 in accordance with the Salient Characteristics. Quantity not defined. (vi) Inspection and Acceptance are at Destination with exception to FMS Location CLINs (0005, 0010, 0015, 0020, 0025) at Origin. Units are to be shipped FOB Destination or Origin to unconfirmed locations. (Full address to be provided at time of award for individual delivery orders). A 90 day(s) delivery after receipt of award is preferred. If unable to deliver each line item within the time frame as requested, the Offeror may insert into their proposal the likely delivery period under DELIVERY INFORMATION. For evaluation purposes only, delivery proposal submissions outside of the preferred delivery date terms will be given a lower rating. (vii) Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52-212-3, Offers Representations and Certifications - Commercial Items Alt 1 applies to this acquisition. (viii) FAR 52.212-1, Instructions to Offerors - Commercial Items, is incorporated by reference. Addendum to FAR 52.212-1 Para (b) Submission of Offers, Para (c) Period of Acceptance of Offers and Para (f)(1) Late Submissions, Modifications, Revisions, and With-drawls of Offers are outlined in the attachment. Per DFARS 213.106-2, evaluation of each supplier's past performance history in SPRS for the Federal Supply Class (FSC) and Product or Service Code (PSC) of the supplies being purchased. In the case of a supplier without a record of relevant past performance history in SPRS for the FSC or PSC of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history. SPRS assigns each contractor a color rating based on the contractor's quality performance. Color is based on the high five percent in the commodity (Dark Blue), next 10 percent (Purple), next 70 percent (Green), next 10 percent (Yellow), and last five percent (Red). Past performance ratings are as follows: Past Performance Acceptable/Unacceptable Ratings Rating Description Acceptable Offeror has a rating of Dark Blue, Purple, Green or Yellow in SPRS Unacceptable Offeror has a rating of Red in SPRS Neutral Offeror has no rating in SPRS (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with its offer. (x) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. The resulting contract will be firm fixed price (FFP). (xi) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and the applicable clauses are outlined in the attachment. (xii) Additional requirements: 1) In addition to the above, the applicable FAR and DFARS provisions and clauses are provided in the attachment. (xiii) The offeror shall provide substantiating documentation that validates their company as a small business that can supply the exact part numbers required along with a Certificate of Conformance. The offeror shall address how its meet the requirements of the solicitation. (xiv) The solicitation will be open for 30 days on Federal Business Opportunities. Offers are due not later than (NLT) 11:59 PM EST, Friday, 16 November 2018, and shall be sent to: Naval Air Warfare Center Aircraft Division Lakehurst Attn: Code 252223TT, Theresa Temoney Hwy 547, Bldg. 562-3 Joint Base MDL, NJ 08733-5082 or email to theresa.a.temoney@navy.mil Hard copy of solicitation and amendments will NOT be mailed to contractors. The full text of the referenced FAR clauses may be accessed electronically at http://www.acquisition.gov/far. (xv) The deadline for asking questions regarding this RFP are due NLT 11:59 PM EST, Wednesday, 31 October, 2018. All answers to questions should be posted to FBO NLT 02 November 2018. By 01 November 2018, it will be the Governments discretion regarding answering questions and if a delay for closing the RFP will be granted in this Combined Synopsis/Solicitation advertisement. Questions regarding this combined synopsis/solicitation may be directed to the primary point of contact. Questions after the deadline should be directed to michelle.prinston@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-19-R-0011/listing.html)
 
Record
SN05127413-W 20181019/181017230559-5589e6af2694c0e9fbd20719088fe146 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.